DM/00177 Equipment & Services Support Provider

  • Ministry of Defence

F14: Notice for changes or additional information

Notice identifier: 2025/S 000-009418

Procurement identifier (OCID): ocds-h6vhtk-04e49d (view related notices)

Published 14 March 2025, 12:32pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

MOD, Abbey Wood

BRISTOL

BS34 8JH

Email

charlotte.ford130@mod.gov.uk

Country

United Kingdom

Region code

UKK11 - Bristol, City of

Internet address(es)

Main address

www.contracts.mod.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DM/00177 Equipment & Services Support Provider

Reference number

713119452-FTS

two.1.2) Main CPV code

  • 75221000 - Military defence services

two.1.3) Type of contract

Services

two.1.4) Short description

Procurement and supply of low-value requirements limited to the Public Contracting Regulations (PCR 2015) threshold which is currently £116,406 (ex VAT), £139,688 (inc. VAT) in support of defence services to Defence Munitions.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2025/S 000-006059


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

2

Instead of
Text

The Scope of the Contract is:

Provision & Supply of Goods & Services – The Contractor is required to provide support to various low-value, non-complex procurement requirements (tasks valued up to £50,000.00 ex-Vat), that cannot be sourced via any other MOD or Government Contracts or Framework agreements. The Contractor shall provide a procurement service to survey the Supply Chain and source various goods and services on behalf of all DM sites. The DM sites are; Beith, Crombie, Glen Douglas, Gosport, Kineton (Main Site), Kineton Design, Development & Prototyping (DD&P), Longtown, Plymouth and Wulfen. The Contractor shall be responsible for delivering the goods and services required by the Authority. For the avoidance of doubt, the Authority’s contractual relationship shall be with the Contractor only. Therefore, the Contractor shall be responsible for the contractual agreements with suitable Suppliers identified for the provision of good and services.

Scope of Requirements - The scope of this Contract requirement is expected to cover, but not be limited to; air compressor equipment, clothing, DIY equipment and consumables (glues, paints, brushes, for example), fire safety equipment, health and safety equipment (defibrillators, first aid supplies for example), IT requirements (non-MODNET / DII only), manufacturing materials (woods, metals, fittings for example), mechanical handling equipment (MHE), packaging equipment and materials, personal protective equipment (PPE), repair and maintenance requirements on-site at Defence Munitions, toiletries (soaps, toilet paper, paper towels, for example), workshop tooling supply, repair, maintenance and calibration. The Scope of Requirements will specifically not cover consultancy, infrastructure (works) requirements, IT requirements (MODNET / DII) repair and maintenance requirements on-site at any other MOD locations, quality assurance requirements, safety requirements, transportation requirements, warlike stores, waste removal requirements.

Delivery of Procurement Requirements - There is no ‘core’ activity, nor fixed/guaranteed throughput under this Contract. All requirements are to be considered ‘non-core’ and shall be raised on an ad-hoc basis in accordance with an Ad-Hoc Tasking Process, and each new requirement will constitute a Task. The Contractor shall only be allowed to apply a pre-agreed Service Fee on top of each quote received for each ad-hoc Task. This Service Fee may be adjusted through the term of the Contract in accordance with Key Performance Indicator (KPI) Incentives and Remedy Clauses.

Read
Text

The Scope of the Contract is:

Provision & Supply of Goods & Services – The Contractor is required to provide support to various low-value, non-complex procurement requirements. The Contractor shall support the Authority with recurring and non-recurring ad-hoc requirements that cannot be sourced via any other MOD or Government Contracts or Framework agreements. There will be no minimum Task value. The maximum value for each Tasking issued under this Tasking arrangement will be limited to the Public Contracting Regulations (PCR 2015) threshold which is currently £116,406 (ex VAT), £139,688 (inc. VAT). The Contractor shall provide a procurement service to survey the Supply Chain and source various goods and services on behalf of the Authority including all DM sites. The DM sites are; Beith, Crombie, Glen Douglas, Gosport, Kineton (Main Site), Kineton Design, Development & Prototyping (DD&P), Longtown, Plymouth and Wulfen. The Contractor shall be responsible for delivering the goods and services required by the Authority. For the avoidance of doubt, the Authority’s contractual relationship shall be with the Contractor only. Therefore, the Contractor shall be responsible for the contractual agreements with suitable Suppliers identified for the provision of good and services.

Scope of Requirements - The scope of this Contract requirement is expected to cover, but not be limited to; air compressor equipment, clothing, DIY equipment and consumables (glues, paints, brushes, for example), fire safety equipment, health and safety equipment (defibrillators, first aid supplies for example), IT requirements (non-MODNET / DII only), manufacturing materials (woods, metals, fittings for example), mechanical handling equipment (MHE), packaging equipment and materials, personal protective equipment (PPE), repair and maintenance requirements on-site at Defence Munitions, toiletries (soaps, toilet paper, paper towels, for example), workshop tooling supply, repair, maintenance and calibration and Post Design Services (PDS). The Scope of Requirements will specifically not cover consultancy, infrastructure (works) requirements, IT requirements (MODNET / DII), quality assurance requirements, safety requirements, transportation requirements, warlike stores, waste removal requirements.

Delivery of Procurement Requirements - There is no ‘core’ activity, nor fixed/guaranteed throughput under this Contract. All requirements are to be considered ‘non-core’ and shall be raised on an ad-hoc basis in accordance with an Ad-Hoc Tasking Process, and each new requirement will constitute a Task. The Contractor shall only be allowed to apply a pre-agreed Service Fee on top of each quote received for each ad-hoc Task. This Service Fee may be adjusted through the term of the Contract in accordance with Key Performance Indicator (KPI) Incentives and Remedy Clauses.